request for proposal - usac. · pdf filerequest for proposal ... vista imaging system...

55
REQUEST FOR PROPOSAL “THE SOUTHWEST TELEHEALTH ACCESS GRID” FORT DEFIANCE INDIAN HOSPITAL BOARD, INC. RURAL HEALTHCARE PILOT PROJECT FUNDING YEAR 2009 SWTAG RFP 8 NETWORK INFRASTRUCTURE PROCUREMENT FORT DEFIANCE INDIAN HOSPITAL BOARD, INC. ATTN: PLANNING & LOGISTICS PLANNING HOUSE UNIT 2109 CEDAR CIRCLE PO BOX 649 FORT DEFIANCE, AZ

Upload: doankhue

Post on 17-Mar-2018

216 views

Category:

Documents


1 download

TRANSCRIPT

REQUEST

FOR

PROPOSAL

“THE SOUTHWEST TELEHEALTH ACCESS GRID”

FORT DEFIANCE INDIAN HOSPITAL BOARD, INC.

RURAL HEALTHCARE PILOT PROJECT

FUNDING YEAR 2009

SWTAG RFP 8

NETWORK INFRASTRUCTURE PROCUREMENT

FORT DEFIANCE INDIAN HOSPITAL BOARD, INC.

ATTN: PLANNING & LOGISTICS

PLANNING HOUSE UNIT 2109 CEDAR CIRCLE

PO BOX 649

FORT DEFIANCE, AZ

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

2

i. General Information

i.1. Introduction. The Southwest Telehealth Access Grid (SWTAG) Project is one of the Federal Communication

Commission‟s (FCC) Rural Healthcare Pilot Programs (RHCPP). It is an integrated interstate

network of networks built upon the extensive experience of key participants in rural telemedicine

and rural healthcare in New Mexico, Arizona and the Southwest Indian Health Service (IHS)

Telehealth Consortium and associated Tribes. This Grid creates the platform to more effectively

share, distribute and coordinate telemedicine clinical services, educational and training

programs among the healthcare provider organizations across the region, along with their

associated human resources, thus more easily and effectively filling the gaps in meeting the

health care needs of the rural communities throughout the network. Through Internet2 (I2) and

the National Lambda Rail (NLR), this regional TAG network of networks, which is greatly

facilitated and enhanced by the current USF Rural Healthcare Pilot Program, will enable our

participating hospitals, clinics, and educational institutions to partner with peers throughout the

United States to improve healthcare delivery and education via telemedicine.

The Fort Defiance Indian Hospital Board, Inc. (FDIHB) was approved by the Intergovernmental

Relations Committee of the Navajo Nation Council on August 3, 2009. As a Tribal organization,

empowered by the Self-Determination Act (P.L.93-638) and recognized by the Internal Revenue

Service as a 501(c)3 non-profit organization, the FDIHB began administration of all hospital

programs, functions, services and activities (PFSA‟s) on March 28, 2010 in accordance with the

scope of work defined in the FY2010 Annual Funding Agreement. Through the organizational

development process, the community and the hospital elected to redefine its identity as a

community based health center by returning to its traditional name FDIHB in development of a

medical center that expands healthcare services beyond what a hospital can provide.

The FDIHB Service Unit consists of 16 local community groups, known as Chapters. Each

Chapter has its own governing system and local community meeting house called a Chapter

House. The 16 Chapters that make up the FDIHB service unit represent not only a large

physical region, but a varied region as well in terms of poverty, elderly population, household

income, and employment. The Telehealth project plans to utilize the existing infrastructure and

system of governance found in the Chapter Houses to build a digital infrastructure dedicated to

delivering community health services through Telehealth applications. This effort is to secure

healthcare services and to ensure that the community has access to the best that modern

medicine can offer. The application of Telehealth will help the community to gain a foothold in

health improvement by using technology to reduce cost and increase availability and access to

healthcare. As these systems are implemented and mature, the need for reliable, secure and

robust broadband telecommunications connections becomes critical.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

3

i.2. Project Funding. The SWTAG, Fort Defiance Indian Hospital Board, Inc., and its membership will construct an

interconnected broadband network that links providers in the aforementioned communities.

Funding provided by the Federal Communications Commission (FCC) under the Commission‟s

order 07-198 („Rural Healthcare Support Mechanism‟) of 19 November 2007, as well as

matching and participatory funds as defined in the Order and provided by the Partners and their

member sites and organizations will be utilized to construct this network.

i.3. Project Overview. The Fort Defiance Indian Hospital Board, Inc. FY2011 project is designed to augment and

enhance the existing wide-area networks of its Fort Defiance Agency. Fort Defiance Indian

Hospital Board, Inc. is soliciting bids from vendors, suppliers and service providers to provide

the connectivity (carrier-based broadband, cable, and dedicated fiber optic cable installations)

and any required edge network electronics and devices. “The Hospital lends itself to an

extensive internal network that can provide Indian people a wide array of inpatient and

outpatient healthcare services. As these network systems are implemented and mature, the

need for reliable, secure and robust broadband telecommunications connections becomes

critical. In order to assure no gaps in the delivery of information to support the delivery of health

care we will be implementing an enhanced network to support increased capacity requirements.

FDIHB currently standardizes all network hardware on CISCO systems in the area of wireless,

routing, switching, security, and fiber connectivity. All servers and desktops are set to Dell

specifications. Any bids are encouraged to match these specifications.

FDIHB is the epicenter of Telehealth support/activity for the Fort Defiance Service Unit. Specific

systems include:

Picture Archiving Communication System (PACS) that support the archiving of the digital images from our Area hospitals/health facilities.

VISTA IMAGING system currently hosts the hospital‟s /support to integrate digital files with the Resource Patient Management System (RPMS).

Tele-video hardware and health and educational services are provided from the to patients and partners in remote locations.

FDIHB is the corridor for digital images to be transmitted to Radiologists housed at the other institutions via a DS-3 circuit.

Telecommunication support to hub locations and remote sites.

Remote desktop services to provide primary production applications such as RPMS and EHR to the end point facilities.

WAN Transport and Internet Access o Telecommunication Service Providers o Internet service o Bandwidth

Hospital Applications o EHR Access o RPMS

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

4

o VISTA

Network and Infrastructure o Hub & Spoke Design o WAN o LAN o VOIP o Infrastructure o Network Monitoring

Hardware o Data Storage o Computer Hardware o Video Conferencing

Tele-monitoring devices: FDIHB will be implementing a system that will utilize devices

for interoperability and communications through wireless enabled monitoring device for

health related data collection of vitals, such as blood pressure, pulse, weight, etc.

i.4. Project Proposal Process The RFP process will allow Fort Defiance Indian Hospital Board, Inc. to receive the competitive

offers for network development from independent telecommunication companies, local

exchange carriers, cable operators, hardware distributors and manufacturers, cabling and

construction contractors, and others. These competitive offers will be judged by Fort Defiance

Indian Hospital Board, Inc. according to the criteria set forth within Section 2.0, and its

subcomponents, of this document. Bidders are asked to provide proposals based on the

accompanying site, routing, security and technical information.

Although bids for connectivity, hardware, and services will be considered, vendors are

encouraged to submit bids that encompass the followings segments of the project: consolidated,

connectivity, and hardware. Thus, Fort Defiance Indian Hospital Board, Inc. will entertain one

bid under this RFP to cover all services and applications. The awarded provider will not deviate

from the primary design. Although, technical recommendations will be considered;

i.5. Consolidated – One inclusive price to provide connectivity, equipment and carrier services

for any or all of the sites, areas, or regions according the specifications set forth in this RFP.

i.6. Connectivity – Price to provide connectivity and carrier services for any or all of the sites,

area, or regions defined in this RFP.

i.7. Hardware – Price to provide additional hardware (logical network components, as defined

herein) for any or all of the sites, area, or regions defined in this RFP will be accompanied by a

24/7 service plan to replace components and provide phone/technical support.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

5

1.0 Administrative and Procedural Information

1.1. Administrative Authority: The Rural Health Care Pilot Program (RHCPP) of the Universal Service Fund, which is

administered by the Universal Service Administrative Company (USAC), is a support program

authorized by Congress and designed by the Federal Communications Commission (FCC) to

encourage the development of rural broadband networks to provide advanced healthcare

telecommunications capabilities and services to rural health care providers (HCPs).

1.2. Procurement Notice: This project is subject to the USAC procurement rules. Vendors must meet all USAC

requirements. The SWTAG will submit a USAC Form 465 to USAC who will review the

documentation and will post the RFP on the USAC website. More information on bidding and

posting rules can be found at http://www.lifelinesupport.org/rhc-pilot-program/vendors.

1.3. Proposal Submission / Review Process: 1.3.1. Bidders may view Rural Health Care Pilot Participants FCC Form 465 and Project Scope

Document postings at http://www.usac.org/rhc-pilot-program/tools/search-postings-2009.aspx. This

site shows the official RFP posting date and the allowable contract date.

1.3.2. The SWTAG, in partnership with the University of New Mexico Purchasing Department,

has established a website for the convenience of bidders. All RFP materials and associated

documents will be posted on the UNM e-Procurement site, LoboSource. Note: While registration

is suggested (via the Supplier Registration link), it is not required and SWTAG bidders may

access information directly through the Current Bid Opportunities link. (Please note:

LoboSource is not compatible with Internet Explorer 7 and above. You must use IE 6 or Mozilla

Firefox.)

The LoboSource (SWTAG) bidder site may be reached at

http://www.unm.edu/~purch/lobosource.html

1.3.3. Questions from Bidders. It is the responsibility of the bidder to inquire about any condition

of this RFP that is not understood. Queries from bidders will be accepted via e-mail only, as

described herein. Questions to individual Fort Defiance Indian Hospital Board, Inc. or SWTAG

staff members via telephone/facsimile, e-mail or postal mail, will not be entertained.

All communication and inquiries, unless otherwise noted, must be directed to Denise Dion,

Associate Director at the University of New Mexico Center for Telehealth. Bidders wishing to

submit questions or request technical clarifications concerning Fort Defiance Indian Hospital

Board, Inc. RFP should send e-mail inquiries to Denise Dion at [email protected] with a

copy to Tom Weeks at UNM Purchasing ([email protected])

Responses to all questions submitted will receive written responses as soon as possible and will

constitute official communications from the Fort Defiance Indian Hospital Board, Inc. project.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

6

Note: any and all question submittals and requests for clarification must be provided in writing.

Responses to inquiries, if they change or clarify the RFP in a substantial manner, will be

posted/distributed as a written addendum to this RFP. Any communications with SWTAG or Fort

Defiance Indian Hospital Board, Inc. staff members other than as noted above should not be

considered authoritative, are not binding on SWTAG or Fort Defiance Indian Hospital Board,

Inc., and may be disavowed without notice or explanation.

1.3.4. In the event it becomes necessary for Fort Defiance Indian Hospital Board, Inc. to amend,

add to or delete any part of this RFP, the amendment will be posted on the USAC web site, as

required by the Order and by the USAC-mandated bidding procedures, and will additionally be

posted on the SWTAG bidder site.

1.3.5. Bid proposals must be received at the Fort Defiance Indian Hospital Board, Inc. office no

later than 28 calendar days from the date of posting of this RFP on the USAC website. This

receipt deadline requirement is a mandatory requirement and is not subject to waiver by

SWTAG or Fort Defiance Indian Hospital Board, Inc. Accordingly, no bid proposals will be

accepted after the date and time specified. A late bid proposal will be returned unopened to the

bidder.

1.3.6. No bid proposal will be accepted by telephone, electronic mail or facsimile. The proposal

receipt deadline is for actual receipt in the Fort Defiance Indian Hospital Board, Inc. delivery

location shown in Section 1.3.7. Delivery, whether via postal mail of other service, must be

arranged to assure arrival before the deadline set forth above.

1.3.7. Original hard copy bid and two CD copies of proposals must be mailed or otherwise

physically delivered to the following addresses:

Fort Defiance Indian Hospital Board, Inc.

Attn: Telehealth Initiative

C/O Dr. Leland Leonard, CEO

Physical Address: 2109 Cedar Circle

Mailing Address: PO Box 649

Fort Defiance, AZ, 86504

UNM Center for Telehealth

Southwest Telehealth Access Grid Project

Attn: Denise Dion, Associate Director

1005 Columbia NE

Albuquerque, NM 87106

In addition, one hard copy of the proposal must be delivered to the:

University of New Mexico Purchasing Office

Attn: Tom Weeks

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

7

1700 Lomas NE, Suite 2600,

Albuquerque, NM 87131

It is strongly suggested that certified delivery services be used to verify the receipt of bids by

Fort Defiance Indian Hospital Board, Inc.

1.3.8. The bid proposals and the evaluation documents created by Fort Defiance Indian Hospital

Board, Inc. will remain confidential until Fort Defiance Indian Hospital Board, Inc. has evaluated

all of the compliant bid proposals submitted in response to this RFP and the selection process is

complete. Once the evaluation and selection process is complete, all information, except that

classified as confidential, will become public information will be available for inspection on the

SWTAG web site.

1.3.9. Award information will be posted electronically on the SWTAG web site, LoboSource

through the Awarded Bid Information link.

1.4. Bid Proposal General Requirements: 1.4.1. Failure to comply with or supply any and all information requested to accompany bid

proposals may be cause for rejection of the proposal as non-compliant.

1.4.2. Bidder assumes all costs of preparation of the bid. The University of New Mexico,

SWTAG, and Fort Defiance Indian Hospital Board, Inc. and any of their employees or officers

shall not be held liable for any expenses incurred by any bidder responding to this RFP for

expenses to prepare, deliver the proposal, or to attend any mandatory pre-bid meeting or oral

presentations.

1.4.3. All bid proposals must be valid for a period of 90 days from the date of submission.

1.4.4. By submitting a bid proposal the vendor agrees to the terms and conditions contained

within this RFP.

1.5.0 Vendor Requirements: 1.5.1 Provide detailed responses to each section with concise description of the Vendor ability

to meet all requirements of the RFP. Failure to meet any of the requirements may be cause for

rejection of your proposal.

1.5.2 Vendor shall provide no less than manufacturer‟s warranty.

1.5.3 Vendor shall have an extensive knowledge of networking systems and products,

deploying, maintaining, and upgrade path for the product line as well as ancillary products.

1.5.4 Vendor shall provide detailed prices/discounts for each section where prices/discounts

may also apply.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

8

1.5.5 Any proposed products and services offered must be compatible with IHS‟s current IT

infrastructure. Additionally, it is the Vendor responsibility to make sure that all products and

services offered are adequately described.

1.5.6 Vendor must be authorized to sell/resell the products and services being proposed. The

products and services must be available for warranty without any required re-certification from

another party. Vendor may be asked to provide certificates of authorization or verifications of

such facts.

1.5.7 Vendor shall guarantee that the products and services offered will meet or exceed

specifications identified in this RFP invitation. All items shall be newly manufactured, in first

class condition, latest model and design, including, where applicable, containers suitable for

shipment and storage, unless otherwise indicated in the RFP.

1.5.8 Vendor workmanship and material, that if sold by drawing, sample or specification, it will

conform thereto and will serve the function for which it was furnished.

1.5.9 Vendor further guarantees that if the items furnished hereunder are to be installed by the

Vendor items will function properly with installation.

1.5.10 The Vendor also guarantees that all applicable laws have been complied with relation to

construction, packaging, labeling and registration.

2.0 Proposal Evaluation: Format of Response: Proposers MUST submit their responses in the format sought in this Section 5 or risk penalties during the evaluation phase.

2.0.1 General Instructions: Proposers shall address each numbered item in Sections 1, 2, 3 and 4. Valid responses are: a) ―________ has read, understands, and will comply.‖ b) ―________ has read, understands, and will not comply.‖ c) A descriptive response articulating an understanding and appropriate response where necessary or where the above responses are not relevant to the question/statement. Unless noted, no response to a specific numbered item shall be considered as agreeing with the RFP requirements. To respond, the proposer shall copy each numbered heading and respond to the stated requirement. The numbering of all responses must be consistent with the numbering outlined in Sections 1, 2, 3 and 4 of the RFP Proposal. The recommended approach is to use this RFP in Word format and simply address the numbered paragraphs page-by-page.

2.0.2 Organization and Presentation of Proposal: For consistency of Proposals, please submit all Proposals in the following format:

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

9

Letter of Transmittal - Include the proposer„s contact information; Executive Summary - A concise overview of the Proposer„s solution. Tab 1. General Information; Proposer„s acknowledgement of each numbered paragraph in Section 1 of this RFP; Tab 2. Statement of Work – Proposer„s response to each numbered paragraph identified in Section 2 of this RFP; Tab 3. Proposer„s Qualifications – Proposer„s response to each numbered paragraph identified in Section 3 of this RFP; Tab 4. Other Requirements - Proposer„s response to each numbered paragraph identified in Section 3 of this RFP; Attachments – Please attach any additional information required to communicate your proposed solution.

2.0.3 Special Pricing Instructions: Attachment 1: Pricing Spreadsheets needs to be submitted separately from the main body. For the paper submission, the pricing needs to be submitted in a separate sealed envelope with the identification of the proposer clearly marked on the outside (one envelope per provider is sufficient despite multiple proposals). For the electronic submission, proposers simply can attach Attachment 1: Pricing Spreadsheet to the email containing the other submission documents provided that the pricing submission is separate and clearly marked. For the electronic submission, Attachment 1 must be in the proper Excel format.

2.1. Proposal and Contract Terms (10 possible points): 2.1.1. The primary objective of this RFP, and any subsequent contract, is to obtain the most

feasible and cost-effective installation with the required standards for product and service

delivery. Bidder proposals will be evaluated for compliance with all instructions, specifications,

and the terms and conditions.

2.1.2. Vendor‟s response to the RFP demonstrates a clear and complete understanding of the

goals of the overall project and the context of FDIHB‟s organization as a self-determined,

community driven hospital.

2.1.3. Bidder‟s proposition is for providing the consolidated project needs – i.e., proposals that

combine connectivity, hardware, and services.

2.1.4. The above notwithstanding, vendors may bid for connectivity or network edge hardware

exclusively.

2.1.5. Connectivity services – Bids are provided for 5-year duration (except where noted in the

detail site listing).

2.1.6. Hardware service and maintenance – Bids are provided for 5-year duration.

2.1.7. Service Level Agreement and/or Performance guarantees are provided, including uptime

and response time guarantees.

2.1.8. Proposed system testing and acceptance provisions will be required on all bid proposals.

Fort Defiance Indian Hospital Board, Inc. reserves the right to work in concert with vendors to

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

10

develop appropriate testing and acceptance criteria for specific installations or configurations, to

be defined and accepted by both parties prior to contract initiation.

2.1.9. Any contract resulting from this RFP will contain specific deliverable items acceptance

provisions.

2.1.10. Bid proposals will contain acknowledgement of, and provisions for providing, USAC

invoicing requirements and formats. Bidder will conform to invoicing procedures and processes

as promulgated by USAC.

2.1.11. Bidder agrees to provide a project manager or other individual who will be the primary

contact for all dealings with Fort Defiance Indian Hospital Board, Inc.

2.1.12. The successful Contractor will be required to provide full documentation upon

completion.

2.2. Design Compatibility (20 possible points): 2.2.1. Offers will be evaluated and scored based upon how well the bidder describes/responds

to the following:

2.2.2. Connectivity Services

2.2.2.1. Bidder‟s proposal accounts for existing network design within the Member network(s) to

which its bid applies, and does not require re-grooming or reconfiguration of circuits or

transports not directly impacted by the project. (This requirement does not include the

decommissioning of existing circuits being replaced by new Fort Defiance Indian Hospital

Board, Inc.–specified circuits.)

2.2.3. Hardware Components

2.2.3.1. Bidder‟s proposal for hardware meets the stated requirements of the RFP in all respects

without substitution or alteration of required functionality.

2.2.3.2. Bidder‟s proposal accounts for existing hardware components and network logical and

physical topology, and does not impose restrictions or reconfiguration requirements to

accommodate specifications of proposed equipment that do not meet RFP requirements. (This

requirement does not include the reconfiguration or decommissioning of existing equipment

being replaced by new Fort Defiance Indian Hospital Board, Inc.-specified devices.)

2.2.3.3. Bidder‟s proposal includes maintenance and support contract options for the duration of

the pilot program (5 years) and shall be evaluated annually. Evaluation reports will be

communicated to USAC with the option of non-renewal for unsatisfactory evaluation results or

failure to deliver quality service and support.

2.2.3.4. Bidder‟s proposal includes installation and configuration services requested in the RFP.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

11

2.3. Implementation Timeframe (10 possible points):

2.3.1. Offers will be evaluated and scored based upon how well the bidder describes/responds

to the following:

2.3.2. Implementation timeline to begin at FDIHB‟s choosing. Work is to begin within 30 days

after the date notification. All Vendors must be compatible and capable of meeting Project

requirements.

2.3.3. Bid proposals must include a project plan and timeline detailing milestones and overall

schedule. Detailed contact information for assigned representative. Critical path items and

potential delay circumstances or complications must be clearly identified with a contingency

plan to overcome challenges that may arise in project development.

2.4. Provider / Vendor Qualifications (10 possible points):

2.4.1. Offers will be evaluated and scored based upon how well the bidder describes/responds

to the following:

2.4.2. Bidder possesses the ability to provide services and/or products, equipment in the

manner and within the timeline(s) specified, as determined by Fort Defiance Indian Hospital

Board, Inc., based on:

2.4.2.1. The prior experience and qualifications related to accomplishing the work as requested.

Detail project qualifications and highlight experience in working with Native American Tribes and

Tribal organizations. Bidder must provide a current Service Provider Identification Number

(SPIN) in their proposal.

2.4.2.2. References: provide a list of references that identifies services provided on contractors

for similar work. Include telephone numbers and mailing addresses of individuals who can attest

to the Bidder‟s experience and qualifications of the services requested.

2.4.2.3. Reputation in the industry. Provide background regarding the Bidder, including: length

of time in business, other activities performed by the Bidder, and number of individuals on staff

(including owners, partners, and employees).

2.4.2.4. Contractor‟s history of reliability and customer service based on past performance in the

experience of digital infrastructure development and applications of telecommunication

technology; and

2.4.2.5. Objective qualifications of key staff and proposed project personnel. Describe the

experience and qualifications for the specific individuals who will provide the work or interactions

with Fort Defiance Indian Hospital Board, Inc.

2.4.2.6 Provide detailed list of project personnel with contact information and details of the roles

and responsibilities assigned to specific project personnel.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

12

2.4.2.7 Provide proof of financial solvency as in a copy of annual financial report and a current

organizational chart.

2.5. Cost (40 possible points):

2.5.1. Offers will be evaluated and scored based upon how well the bidder describes/responds

to the following:

2.5.2. Fort Defiance Indian Hospital Board, Inc. will select the most cost effective bid or bids

presented that can satisfy the service level of a professional provider, whether that is a

consolidated bid for all sites in the Fort Defiance Indian Hospital Board, Inc. consortium, as

defined herein, all sites or site-by-site bids for connectivity or hardware.

2.5.3. All costs may not qualify for RHCPP funding, so it is critical that accurate, detailed cost

information be provided for all portions of the bid proposal. Please indicate on your proposal that

this is understood.

2.5.4. Bid proposals must identify all costs associated with the proposed solution, including

design, installation, configuration, maintenance, and monthly recurring costs.

Specifically, for connectivity proposals include costs for:

2.5.4.1. Implementation fees, including connection or provisioning charges and hardware costs.

2.5.4.2. Monthly recurring charges amortized over the period of the proposed contract, for

transmission at the proposed bandwidth, port charges, transport charges, taxes, fees, and

assessments.

2.5.4.3. Contract termination provisions, including specific penalties or fees, if any, associated

with early of whole or particle termination by Fort Defiance Indian Hospital Board, Inc.

Specifically, for hardware and fiber installation proposals include costs for:

2.5.4.4. Purchase price for each unit. Bundled pricing may be cited, but individual components

must be identified and detailed pricing provided.

2.5.4.5. Shipping costs for each unit or shipment.

2.5.4.6. Configuration and installation charges.

2.5.4.7. Taxes, permits, fees, licenses and what entity is receiving these payments.

2.5.4.8. Maintenance and/or support charges for the proposed contract period and what the cost

of those charges covers.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

13

2.6. Proposal Guidelines (10 possible points):

2.6.1. Bidders are to organize proposals in the order stated in this section. In responding to this

RFP, Bidders are encouraged to provide additional information if Bidder believes that

information to be relevant. Responses should provide the details required and not solely a

statement of acknowledgment. The submission of proposals must be organized to include, but

not be limited to the following information:

2.6.1.1. Name, address, e-mail address, telephone numbers, and facsimile number of the

Bidder.

2.6.1.2. Name, title, e-mail address, and telephone number of the primary contact of the Bidder.

2.6.1.3. A signature of the Bidder or of an officer/employee who certifies that he/she has the

authority to take the bid.

2.6.1.4. A statement of the Bidder, if awarded the contract, will comply with the contract Terms

and Conditions as set forth in this RFP. USAC procedures and processes must be met. Please

provide a statement containing acknowledgement of, and provisions for providing, USAC

invoicing requirements and formats.

2.6.1.5. A detailed description of the work proposed in response to this RFP. The submission

must include, but is not limited to, addressing all requirements and each question contained

within Section 2.1, Section 2.2, and Section 3.0 and their subparagraphs.

2.6.1.6. The proposed implementation timeline and project plan, per Section 2.3 and its

subparagraphs.

2.6.1.7. A detailed cost proposal for providing the services requested, per Section 2.5 and its

subparagraphs.

2.6.1.8. Provide evidence of the vendor‟s prior experience and qualifications related to

accomplishing the requested work. Address each item in Section 2.4 and its subparagraphs.

2.6.2. Provide a statement with the dates for which this offer is valid.

2.7. Evaluation and Decision: 2.7.1. The selection will be based on all factors indicated in this RFP, and may not go to the

lowest bidder if cost is outweighed by a combination of other features in the winning vendor‟s

bid

2.7.2. Fort Defiance Indian Hospital Board, Inc. reserves the right to select bid proposals which,

in the sole judgment of Fort Defiance Indian Hospital Board, Inc., most nearly conform to the

specifications set forth herein, will best serve the needs of Fort Defiance Indian Hospital Board,

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

14

Inc. and its Members and participants, and provide the most cost-effective means for producing

those results.

2.7.3. Fort Defiance Indian Hospital Board, Inc. reserves the right to waive any and all issues of

form or presentation in considering bid presentations for acceptance or rejection, if, in the sole

opinion of Fort Defiance Indian Hospital Board, Inc., such waiver is in the best interests of the

project.

2.7.4. Fort Defiance Indian Hospital Board, Inc. is not responsible for any costs incurred by a

vendor related to the preparation or delivery of the bid proposal, or any other activities carried

out by the vendor, as it relates to this RFP.

2.7.5. Fort Defiance Indian Hospital Board, Inc. is not obligated to accept any proposal received

in response to this RFP. In particular, Fort Defiance Indian Hospital Board, Inc. may accept

received proposals in whole or in part, or it may reject all proposals received.

2.7.6. Changes in applicable laws and rules may affect the award process or any resulting

contracts. Vendors are responsible for ascertaining pertinent legal requirements and

restrictions. Vendors are encouraged to visit the official Federal websites pertaining to the Pilot

Project, at http://www.lifelinesupport.org/rhc-pilot-program/ and

http://www.fcc.gov/cgb/rural/rhcp.html.

2.7.7. The selection decisions made by Fort Defiance Indian Hospital Board, Inc. and reported

to SWTAG and USAC under this RFP are final, and appeals or re-submissions will not be

considered.

3.0 Site, Routing, and Technical Information: 3.1. The Fort Defiance Indian Hospital Board, Inc. project consists of the addition and

enhancement of broadband connectivity and concomitant hardware 9 remote sites (Chapter

Houses) and 2 data hubs in the Fort Defiance Agency of the Navajo Nation in support of its

participation in the SWTAG and that project‟s selection as a participant on the FCC Rural

Healthcare Pilot Program.

3.2. The project requires broadband connectivity, fiber optic cable installation and site-based

network routing hardware. The requirements for this RFP are grouped by hubs sites and

chapter facilities to enable vendors to most effectively evaluate the site(s) for which to submit

proposal(s).

3.3. Bidders are cautioned that most sites in the hub / chapter regions are currently utilizing

circuits funded in part by the Rural Health Care Program, administered by USAC. All

connectivity bids solicited under this RFP are for newly-provisioned circuits. No bid may include

any change, updating, or “re-grooming” of any circuit currently being funded by the Rural Health

Care Program. Further, installation timing of new circuit installations must be coordinated such

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

15

that existing circuits are decommissioned as the new, RHCPP-supported circuits are installed.

Bids failing to meet these requirements will be rejected without further consideration.

3.4. Site Location connectivity details see Appendix B

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

16

Appendix A: Site Connectivity Drawings

The following drawings provide a graphical depiction of the connectivity solicited by this RFP. The

drawings are schematic in nature and are intended to provide an overview only. In the event of a

discrepancy between the drawings and the Detail Site Specifications or any written description or

specification in this RFP, the written version shall be considered to be authoritative.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

17

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

18

Appendix B: Detail Site Specifications

Hub Site #1: Fort Defiance Indian Hospital Board, Inc. – Primary

Fort Defiance Indian Hospital: Fort Defiance Indian Hospital Board, Inc. hospital is located in

Fort Defiance, Arizona and will serve as the primary hub for all communication, patient record

data, internet access, security authentication and technical assistance center.

The Navajo Nation will be building a broadband network throughout the Navajo Reservation

which will help expand bandwidth needs for chapter sites and future Telehealth expansions in

this area.

All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

The Primary Hub Site #1 system is currently maintained by:

Fort Defiance Indian Hospital Board, Inc.

PO Box 649

Fort Defiance, AZ 86504

The requirement to connect to the existing Hub Site #1 system notwithstanding, bidders are

encouraged to meet specific designs for providing the backhaul services and connectivity

needed to accomplish that goal.

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Site 1.

Bandwidth: 45 Mbps minimum between all two Hub sites, unless otherwise specified in the

detail site listing. See Appendix C.

Latency: < 60ms; (between the two Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

19

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

in the Site Detail Specifications.

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

20

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing below.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified below. These configurations

are based on Cisco products: Cisco-like hardware is required. Proposals offering alternate

brands and configurations are not acceptable, with due consideration of the requirements for

compatibility and interoperability set forth above and in Section 2.0.

Site Hospital & Hub

Location # 1 - Primary Network Equipment Hardware Specifications

Fort Defiance Indian

Hospital Board, Inc.

2 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

Core switch 10G capable for LAN o 4 switch core system(s)

Redundant switching fabric Redundant power system 6 10/100/1000 POE blades in each core switch 2 24 port 1000 sfp fiber ports 2 6 port 10g sfp fiber ports

Closet switch o 40 closet switch 10/100/1000 48 port 1g or 10g o 40 UPS unit for each closet switch

Wireless Access Point and Wireless LAN controller o 140 Access points a/g/n o 4 Wireless LAN controllers for redundancy. o 2 Wireless access point server system.

Wireless mesh network o 4 Locations for wireless paging

Fort Defiance Housing

FDIHB Housing area

Former Hospital Site Housing area Window Rock Housing

Upper Staff Housing area

Lower Staff Housing area o 14 Wireless mesh access points with encryption

Wireless mesh management server system.

Security appliance o 2 security appliance(s) o VPN access back to hub location(s). o Encrypt VPN sessions 3DES, IPSEC, AES. Etc.

Network monitoring server and software for SNMP V3, SSL telnet sessions o SNMP monitoring server V3 SSL o CISCO Netflow collection server

Microwave point to point connection o 45mbps or greater license radios

UPS battery backup system for network equipment

Qty 4 CISCO Catalyst 6000-VSS720 switches with modules and advance encryption IOS.

Qty 2 CISCO Router 3945E-SEC/K9

Qty 40 CISCO Catalyst 3750X 48 port POE switches.

Qty 140 CISCO wireless access point, WLC wireless lan controller, and wireless management server.

Qty 14 CISCO wireless outdoor mesh system and controller.

Qty 4 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

21

Hub Site #2: Nahata Dziil Clinic, (AKA Sanders Clinic)Sanders, AZ.

Nahata’dziil Clinic: Nahata‟dziil Clinic is located in Sanders, Arizona and will serve as a

secondary hub location for intermediate communication, patient record access, internet access,

security authentication and technical assistance center for local coverage area.

The Navajo Nation will be building a broadband network throughout the Navajo Reservation

which will help expand bandwidth needs for chapter sites and future Telehealth expansions in

this area.

All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

The Hub Site # 2 system is currently maintained by:

Fort Defiance Indian Hospital Board, Inc.

PO Box 649

Fort Defiance, AZ 86504

The requirement to connect to the existing Hub Site # 2 system notwithstanding, bidders are

encouraged to meet specific designs for providing the backhaul services and connectivity

needed to accomplish that goal.

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Site 2.

Bandwidth: 45 Mbps minimum between two Hub sites, unless otherwise specified in the detail

site listing. See Appendix C.

Latency: < 60ms; (between the two Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

22

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

below.

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

23

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing below.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified in the Site Detail Specifications.

These configurations are based on Cisco products, Cisco-like hardware is required. Proposals

offering alternate brands and configurations are not acceptable, with due consideration of the

requirements for compatibility and interoperability set forth above and in Section 2.0.

Site Clinic & Hub

Location # 2 -

Secondary

Network Equipment Hardware Specifications

Sanders, Nahata Dziil

Clinic (AKA Sanders

Clinic)

2 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

Core switch 10G capable for LAN o 2 switch core system(s)

Redundant switching fabric Redundant power system 6 10/100/1000 POE blades in

each core switch 2 24 port 1000 sfp fiber ports 2 6 port 10g sfp fiber ports

Closet switch o 6 closet switch 10/100/1000 48 port 1g or 10g o UPS unit for each closet switch

Wireless Access Point and Wireless LAN controller o 8 Access points a/g/n o 2 Wireless LAN controllers for redundancy. o 1 Wireless access point server system.

Wireless mesh network o 4 Wireless mesh access points with encryption o 1 Wireless mesh management server system.

Firewall or security appliance o 2 security appliance(s) o VPN access back to hub location(s). o Encrypt VPN sessions 3DES, IPSEC, AES.

Etc.

Network monitoring server and software for SNMP V3, SSL telnet sessions

o SNMP monitoring server o Netflow collection server

Storage and file server(s) o 4 file servers with MS 2008 64 bit, 40g mem,

raid 5, SAS 300g drives o 2 Mass storage SAN system 10 terabytes

Network/Server rack/wall mounts enclosure system.

UPS battery backup system for network equipment and computer desktops.

Qty 2 CISCO Catalyst 6000-VSS720 switches with modules and advance encryption IOS.

Qty 2 CISCO Router 3945E-SEC/K9

Qty 6 CISCO Catalyst 3750X 48 port POE switches.

Qty 4 CISCO wireless access point, WLC wireless lan controller, and wireless management server.

Qty 4 CISCO wireless outdoor mesh system and controller.

Qty 2 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

24

Phase I (Chapter Sites)

Site # 3: Fort Defiance Chapter Fort Defiance chapter house is located in Fort Defiance, Arizona and will serve as a site which

will connect to the FDIHB hospital hub site due to its proximity and telecommunications carrier.

The chapter house currently is in line of site of the FDIHB water tank and a wireless connection

can be used and save on monthly bandwidth cost. FDIHB recommends that an encrypted

wireless bridge be used to establish connectivity to save on bandwidth cost(s) and provide

Telehealth access.

The Navajo Nation will be building a broadband network throughout the Navajo Reservation

which will help expand bandwidth needs for chapter sites and future Telehealth expansions in

this area.

All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

This site will be maintained by:

Fort Defiance Indian Hospital Board, Inc. PO Box 649 Fort Defiance, AZ 86504 The requirement to connect to the site system notwithstanding, bidders are encouraged to meet

specific designs for providing the backhaul services and connectivity needed to accomplish that

goal.

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Sites.

Bandwidth: 5 Mbps minimum or greater at this site, unless otherwise specified in the detail site

listing. See Appendix C.

Latency: < 60ms; (between the two Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

25

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

in the Site Detail Specifications.

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

26

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified in the Site Detail Specifications.

These configurations are based on Cisco products, Cisco-like hardware is required. Proposals

offering alternate brands and configurations are not acceptable, with due consideration of the

requirements for compatibility and interoperability set forth above and in Section 2.0.

Site # 4: Oak/Pine Springs Chapter Oak/Pine Springs chapter house is located in Sawmill, Arizona and will serve as a site which will

connect to the FDIHB hospital hub site due to its proximity and telecommunications carrier. Oak

Springs chapter house currently doesn‟t have line of site to any of the two proposed hub

locations and a DSL (digital subscriber line) circuit will be used to connect Oak/Pine Springs

chapter house to the FDIHB hospital hub for data and Telehealth access in this area.

Chapter Location Network Equipment Hardware Specifications

Site # 3 Fort

Defiance Chapter

1 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

1 switch 10/100/1000 with 48 POE ports

1 Wireless Access Point a/g/n

Wireless mesh network o 4 Wireless mesh access points with

encryption o 1 Wireless mesh management server

system.

1 Firewall with VPN access back to hub location(s). o Encrypt VPN sessions back to hub

location(s).

Network monitoring server and software for SNMP V3, SSL telnet sessions

o SNMP monitoring server o Netflow collection server

Server/Network enclosure racking system.

UPS battery backup system for network equipment

Qty 1 CISCO Router 3945E-SEC/K9

Qty 2 CISCO Catalyst 3750X 48 port POE switches.

Qty 1 CISCO wireless access point, WLC Wireless LAN Controller, and wireless management server.

Qty 1 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

27

All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

This site will be maintained by:

Fort Defiance Indian Hospital Board, Inc. PO Box 649 Fort Defiance, AZ 86504 The requirement to connect to the site system notwithstanding, bidders are encouraged to meet

specific designs for providing the backhaul services and connectivity needed to accomplish that

goal.

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Site 1.

Bandwidth: 5 Mbps minimum or greater at this site, unless otherwise specified in the detail site

listing. See Appendix C.

Latency: < 60ms; (between the two Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

in the Site Detail Specifications.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

28

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified in the Site Detail Specifications.

These configurations are based on Cisco products, Cisco-like hardware is required. Proposals

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

29

offering alternate brands and configurations are not acceptable, with due consideration of the

requirements for compatibility and interoperability set forth above and in Section 2.0.

Site # 5 : Red Lake Chapter Red Lake chapter house is located in Red Lake, New Mexico and will serve as a site which will

connect to the FDIHB hospital hub site due to its proximity and telecommunications carrier. Red

Lake chapter house currently doesn‟t have line of site to any of the two proposed hub locations

and a DSL (digital subscriber line) circuit will be used to connect Red Lake chapter house to the

FDIHB hospital hub for data and Telehealth access in this area.

The Navajo Nation will be building a broadband network throughout the Navajo Reservation

which will help expand bandwidth needs for chapter sites and future Telehealth expansions in

this area.

All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

This site will be maintained by:

Fort Defiance Indian Hospital Board, Inc. PO Box 649 Fort Defiance, AZ 86504 The requirement to connect to the site system notwithstanding, bidders are encouraged to meet

specific designs for providing the backhaul services and connectivity needed to accomplish that

goal.

Chapter Location Network Equipment Hardware Specifications

Site # 4 Oak/Pine

Springs Chapter

1 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

1 switch 10/100/1000 with 48 POE ports

1 Wireless Access Point a/g/n

Wireless mesh network o 4 Wireless mesh access points with

encryption o 1 Wireless mesh management server

system.

1 Firewall with VPN access back to hub location(s). o Encrypt VPN sessions back to hub

location(s).

Network monitoring server and software for SNMP V3, SSL telnet sessions

o SNMP monitoring server o Netflow collection server

Server/Network enclosure racking system.

UPS battery backup system for network equipment

Qty 1 CISCO Router 3945E-SEC/K9

Qty 2 CISCO Catalyst 3750X 48 port POE switches.

Qty 1 CISCO wireless access point, WLC Wireless LAN Controller, and wireless management server.

Qty 1 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

30

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Site 1.

Bandwidth: 5 Mbps minimum or greater at this site, unless otherwise specified in the detail site

listing. See Appendix C.

Latency: < 60ms; (between the two Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

in the Site Detail Specifications.

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

31

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified in the Site Detail Specifications.

These configurations are based on Cisco products, Cisco-like hardware is required. Proposals

offering alternate brands and configurations are not acceptable, with due consideration of the

requirements for compatibility and interoperability set forth above and in Section 2.0.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

32

Site # 6: Saint Michaels Chapter Saint Michael‟s chapter house is located in Saint Michaels, Arizona and will serve as a site

which will connect to the FDIHB hospital hub site due to its proximity and telecommunications

carrier. The chapter house currently is in line of site of the FDIHB Window Rock, Arizona water

tank and a wireless connection can be used and save on monthly bandwidth cost. FDIHB

recommends that an encrypted wireless bridge be used to establish connectivity to save on

bandwidth cost(s) and provide Telehealth access.

The Navajo Nation will be building a broadband network throughout the Navajo Reservation

which will help expand bandwidth needs for chapter sites and future Telehealth expansions in

this area.

All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

This site will be maintained by:

Fort Defiance Indian Hospital Board, Inc. PO Box 649 Fort Defiance, AZ 86504 The requirement to connect to the site system notwithstanding, bidders are encouraged to meet

specific designs for providing the backhaul services and connectivity needed to accomplish that

goal.

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Chapter Location Network Equipment Hardware Specifications

Site # 5 Red Lake

Chapter

1 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

1 switch 10/100/1000 with 48 POE ports

1 Wireless Access Point a/g/n

Wireless mesh network o 4 Wireless mesh access points with

encryption o 1 Wireless mesh management server

system.

1 Firewall with VPN access back to hub location(s). o Encrypt VPN sessions back to hub

location(s).

Network monitoring server and software for SNMP V3, SSL telnet sessions

o SNMP monitoring server o Netflow collection server

Server/Network enclosure racking system.

UPS battery backup system for network equipment

Qty 1 CISCO Router 3945E-SEC/K9

Qty 2 CISCO Catalyst 3750X 48 port POE switches.

Qty 1 CISCO wireless access point, WLC Wireless LAN Controller, and wireless management server.

Qty 1 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

33

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Site 1.

Bandwidth: 5 Mbps minimum or greater at this site, unless otherwise specified in the detail site

listing. See Appendix C.

Latency: < 60ms; (between the two Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

in the Site Detail Specifications.

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

34

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified in the Site Detail Specifications.

These configurations are based on Cisco products, Cisco-like hardware is required. Proposals

offering alternate brands and configurations are not acceptable, with due consideration of the

requirements for compatibility and interoperability set forth above and in Section 2.0.

Chapter Location Network Equipment Hardware Specifications

Site # 6 St.

Michaels Chapter

1 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

1 switch 10/100/1000 with 48 POE ports

1 Wireless Access Point a/g/n

Wireless mesh network o 4 Wireless mesh access points with

encryption o 1 Wireless mesh management server

system.

1 Firewall with VPN access back to hub location(s). o Encrypt VPN sessions back to hub

location(s).

Network monitoring server and software for SNMP V3, SSL telnet sessions

o SNMP monitoring server o Netflow collection server

Server/Network enclosure racking system.

UPS battery backup system for network equipment

Qty 1 CISCO Router 3945E-SEC/K9

Qty 2 CISCO Catalyst 3750X 48 port POE switches.

Qty 1 CISCO wireless access point, WLC Wireless LAN Controller, and wireless management server.

Qty 1 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

35

Site # 7: Nahata’dziil (Sanders) Chapter Nahata‟dziil chapter house is located in Sanders, Arizona and will serve as site which will

connect to Nahata‟dziil clinic hub due to its proximity and locale. The chapter house currently is

in line of site of the Nahata‟dziil clinic and a wireless connection can be used and save on

monthly bandwidth cost. FDIHB recommends that an encrypted wireless bridge be used to

establish connectivity to save on bandwidth cost(s) and provide Telehealth access.

The Navajo Nation will be building a broadband network throughout the Navajo Reservation

which will help expand bandwidth needs for chapter sites and future Telehealth expansions in

this area.

All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

This site will be maintained by:

Fort Defiance Indian Hospital Board, Inc.

PO Box 649

Fort Defiance, AZ 86504

The requirement to connect to the site system notwithstanding, bidders are encouraged to meet

specific designs for providing the backhaul services and connectivity needed to accomplish that

goal.

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Sites.

Bandwidth: 5 Mbps minimum or greater at this site, unless otherwise specified in the detail site

listing. See Appendix C.

Latency: < 60ms; (between the Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

36

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

in the Site Detail Specifications.

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

37

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified in the Site Detail Specifications.

These configurations are based on Cisco products, Cisco-like hardware is required. Proposals

offering alternate brands and configurations are not acceptable, with due consideration of the

requirements for compatibility and interoperability set forth above and in Section 2.0.

Site # 8: Sawmill Chapter Sawmill chapter house is located in Sawmill, Arizona and will serve as a site which will connect

to the FDIHB hospital hub site due to its proximity and telecommunications carrier. Sawmill

chapter house currently doesn‟t have line of site to any of the three proposed hub locations and

a DSL (digital subscriber line) circuit will be used to connect Sawmill chapter house to the

FDIHB hospital hub for data and Telehealth access in this area.

All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

This site will be maintained by:

Fort Defiance Indian Hospital Board, Inc. PO Box 649 Fort Defiance, AZ 86504

Chapter Location Network Equipment Hardware Specifications

Site 7 Nahata’dziil

(Sanders) chapter

1 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

1 switch 10/100/1000 with 48 POE ports

1 Wireless Access Point a/g/n

Wireless mesh network o 4 Wireless mesh access points with encryption o 1 Wireless mesh management server system.

1 Firewall with VPN access back to hub location(s). o Encrypt VPN sessions back to hub location(s).

Network monitoring server and software for SNMP V3, SSL telnet sessions

o SNMP monitoring server o Netflow collection server

Server/Network enclosure racking system.

UPS battery backup system for network equipment

Qty 1 CISCO Router 3945E-SEC/K9

Qty 2 CISCO Catalyst 3750X 48 port POE switches.

Qty 1 CISCO wireless access point, WLC Wireless LAN Controller, and wireless management server.

Qty 1 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

38

The requirement to connect to the site system notwithstanding, bidders are encouraged to meet

specific designs for providing the backhaul services and connectivity needed to accomplish that

goal.

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Sites.

Bandwidth: 5 Mbps minimum or greater at this site, unless otherwise specified in the detail site

listing. See Appendix C.

Latency: < 60ms; (between the two Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

in the Site Detail Specifications.

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

39

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified in the Site Detail Specifications.

These configurations are based on Cisco products, Cisco-like hardware is required. Proposals

offering alternate brands and configurations are not acceptable, with due consideration of the

requirements for compatibility and interoperability set forth above and in Section 2.0.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

40

Site # 9: Crystal Chapter Crystal chapter house is located in Crystal, New Mexico and will serve as a site which will

connect to the FDIHB hospital hub site due to its proximity and telecommunications carrier.

Crystal chapter house currently doesn‟t have line of site to any of the three proposed hub

locations and a DSL (digital subscriber line) circuit will be used to connect Crystal chapter house

to the FDIHB hospital hub for data and Telehealth access in this area.

All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

This site will be maintained by:

Fort Defiance Indian Hospital Board, Inc. PO Box 649 Fort Defiance, AZ 86504 The requirement to connect to the site system notwithstanding, bidders are encouraged to meet

specific designs for providing the backhaul services and connectivity needed to accomplish that

goal.

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Chapter Location Network Equipment Hardware Specifications

Site # 8 Sawmill

Chapter

1 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

1 switch 10/100/1000 with 48 POE ports

1 Wireless Access Point a/g/n

Wireless mesh network o 4 Wireless mesh access points with

encryption o 1 Wireless mesh management server system.

1 Firewall with VPN access back to hub location(s). o Encrypt VPN sessions back to hub

location(s).

Network monitoring server and software for SNMP V3, SSL telnet sessions

o SNMP monitoring server o Netflow collection server

Server/Network enclosure racking system.

UPS battery backup system for network equipment

Qty 1 CISCO Router 3945E-SEC/K9

Qty 2 CISCO Catalyst 3750X 48 port POE switches.

Qty 1 CISCO wireless access point, WLC Wireless LAN Controller, and wireless management server.

Qty 1 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

41

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Sites.

Bandwidth: 5 Mbps minimum or greater at this site, unless otherwise specified in the detail site

listing. See Appendix C.

Latency: < 60ms; (between the two Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

in the Site Detail Specifications.

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

42

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified in the Site Detail Specifications.

These configurations are based on Cisco products, Cisco-like hardware is required. Proposals

offering alternate brands and configurations are not acceptable, with due consideration of the

requirements for compatibility and interoperability set forth above and in Section 2.0.

Chapter Location Network Equipment Hardware Specifications

Site # 9 Crystal

Chapter

1 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

1 switch 10/100/1000 with 48 POE ports

1 Wireless Access Point a/g/n

Wireless mesh network o 4 Wireless mesh access points with

encryption o 1 Wireless mesh management server

system.

1 Firewall with VPN access back to hub location(s). o Encrypt VPN sessions back to hub

location(s).

Network monitoring server and software for SNMP V3, SSL telnet sessions

o SNMP monitoring server o Netflow collection server

Server/Network enclosure racking system.

UPS battery backup system for network equipment

Qty 1 CISCO Router 3945E-SEC/K9

Qty 2 CISCO Catalyst 3750X 48 port POE switches.

Qty 1 CISCO wireless access point, WLC Wireless LAN Controller, and wireless management server.

Qty 1 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

43

Site # 10 : Houck Chapter Houck chapter house is located in Houck, Arizona and will serve as a site which will connect to

Nahata‟dziil clinic hub due to its proximity and telecommunications carrier. Houck chapter house

currently doesn‟t have line of site to any of the three proposed hub locations and a DSL (digital

subscriber line) circuit will be used from a telecommunication carrier. A site to site encrypted

VPN (virtual private network) tunnel will be used to connect Houck chapter house to the

Nahata‟dziil hub for data and Telehealth access. All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

This site will be maintained by:

Fort Defiance Indian Hospital Board, Inc.

PO BOX 649

Fort Defiance, AZ 86504

The requirement to connect to the site system notwithstanding, bidders are encouraged to meet

specific designs for providing the backhaul services and connectivity needed to accomplish that

goal.

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Sites.

Bandwidth: 5 Mbps minimum or greater at this site, unless otherwise specified in the detail site

listing. See Appendix C

Latency: < 60ms; (between the two Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

44

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

in the Site Detail Specifications.

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

45

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing, Appendix B.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified in the Site Detail Specifications.

These configurations are based on Cisco products, Cisco-like hardware is required. Proposals

offering alternate brands and configurations are not acceptable, with due consideration of the

requirements for compatibility and interoperability set forth above and in Section 2.0.

Site # 11: Lupton Chapter Lupton chapter house is located in Lupton, Arizona and will serve as a site which will connect to

Nahata‟dziil clinic hub due to its proximity and telecommunications carrier. Lupton chapter

house currently doesn‟t have line of site to any of the three proposed hub locations and a DSL

(digital subscriber line) circuit will be used from a telecommunication carrier. A site to site

encrypted VPN (virtual private network) tunnel will be used to connect Houck chapter house to

the Nahata‟dziil hub for data and Telehealth access.

All broadband links specified are to provide transport between the indicated site and the Hub

switching system currently in use for connecting to the Hospital in Fort Defiance, AZ. See

Appendix A at page 15 for the Site Connectivity diagram.

This site will be maintained by:

Fort Defiance Indian Hospital Board, Inc. PO Box 649 Fort Defiance, AZ 86504

Chapter Location Network Equipment Hardware Specifications

Site # 10 Houck

Chapter

1 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

1 switch 10/100/1000 with 48 POE ports

1 Wireless Access Point a/g/n

Wireless mesh network o 4 Wireless mesh access points with

encryption o 1 Wireless mesh management server

system.

1 Firewall with VPN access back to hub location(s). o Encrypt VPN sessions back to hub

location(s).

Network monitoring server and software for SNMP V3, SSL telnet sessions

o SNMP monitoring server o Netflow collection server

Server/Network enclosure racking system.

UPS battery backup system for network equipment

Qty 1 CISCO Router 3945E-SEC/K9

Qty 2 CISCO Catalyst 3750X 48 port POE switches.

Qty 1 CISCO wireless access point, WLC Wireless LAN Controller, and wireless management server.

Qty 1 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

46

The requirement to connect to the site system notwithstanding, bidders are encouraged to meet

specific designs for providing the backhaul services and connectivity needed to accomplish that

goal.

Connectivity Requirements – Broadband Links All circuits are to be fully provisioned from end-point to core location. Physical facility installation

to the demarcation point at each site affected must be included in the bid.

Transport: To be determined by vendor, but must be transparent to layer-3 and higher protocols,

including Hub Sites.

Bandwidth: 5 Mbps minimum or greater at this site, unless otherwise specified in the detail site

listing. See Appendix C.

Latency: < 60ms; (between the two Hub sites and core routers)

Stability (video): jitter: good 0 – 20 ms, acceptable 20 – 50ms; packet loss good 0 – 0.5%,

acceptable 0.5 – 1.5%

Site connectivity physical circuit redundancy should be proposed where the site‟s location and

circumstances provide the capability of effectively providing redundant entry points to the

facility, and the appropriate network hardware needed to manage the redundant circuits.

Site connectivity backhaul redundancy and resiliency should be proposed when possible, to

provide separate physical and logical paths for redundant circuits. Resiliency for backhaul circuit

transport is required, with provisioning to take into account that need.

Physical facilities and provisioning to the demarcation point of each site must be included in the

proposal, where needed.

Connectivity Requirements – Dedicated Fiber / Dedicated Circuits / Microwave / Wireless /

Satellite Links to certain site described herein.

Inter-building dedicated external fiber optic cable installations are solicited locations as specified

in the Site Detail Specifications.

End-to-end fiber optic cable installation between the facility-designated telecommunications

demarcation point in both sites of each site pair is required. Routing and installation particulars

are to be determined by the bidder in accordance with the specifications below, and must be

described in the bid proposal.

Dedicated fiber installation bids are to include all labor and materials needed for the installation

of the specified fiber connectivity, including site survey, engineering, fiber installation, and

termination.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

47

Documentation, including final site survey, engineering drawings, fiber installation specifications

and „as built‟ drawings, is to be provided in a timely fashion upon the acceptance of an

installation bid by Fort Defiance Indian Hospital Board, Inc.

The vendor will obtain permits from departments and/or agencies of cities, state, county, and

federal government, railroads, or other entities which provide for the placement of facilities

within their respective rights of way.

The vendor will provide easements for construction on private lands, as needed. Any and all

easements must be approved by Fort Defiance Indian Hospital Board, Inc. prior to

implementation. It is preferred that all easements be one time, advance payments with no

recurring charges.

All external fiber installation will be of cable-in-duct construction, using twelve-strand (minimum)

single-mode fiber optic cable. Bids for direct-buried cables and/or multi-mode fiber will not be

considered.

All fiber installation will be installed and tested in accordance with industry-standard practices,

including but not limited to the standards promulgated in the National Electrical Safety Code

IEEE C-2), NFPA 70, TIA-590-A, and TIA-758-A, all as amended. Installation will meet all local

building and electrical codes.

One hundred percent (100%) of all fiber optic media must be tested in accordance with TIA/EIA-

568-B.1, TIA/EIA-568-B.3, and TIA-526-7 (single mode). OTDR instrument must be calibrated to

show anomalies of .02dB minimum, with photographic or digitized traces provided to the Fort

Defiance Indian Hospital Board, Inc. Site contact.

Edge Hardware (Router) Requirements Routers are required for most sites as specified in the detailed site listing.

Routers must be compatible with existing network hardware in the Fort Defiance Indian Hospital

Board, Inc. region on a functional, configuration, and physical level.

General configuration information for the router type is specified in the Site Detail Specifications.

These configurations are based on Cisco products, Cisco-like hardware is required. Proposals

offering alternate brands and configurations are not acceptable, with due consideration of the

requirements for compatibility and interoperability set forth above and in Section 2.0.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

48

Chapter Location Network Equipment Hardware Specifications

Site # 11 Lupton

Chapter

1 Router(s) for point to point backbone connections (DS3, Ethernet, Wireless)

1 switch 10/100/1000 with 48 POE ports

1 Wireless Access Point a/g/n

Wireless mesh network o 4 Wireless mesh access points with

encryption o 1 Wireless mesh management server

system.

1 Firewall with VPN access back to hub location(s). o Encrypt VPN sessions back to hub

location(s).

Network monitoring server and software for SNMP V3, SSL telnet sessions

o SNMP monitoring server o Netflow collection server

Server/Network enclosure racking system.

UPS battery backup system for network equipment

Qty 1 CISCO Router 3945E-SEC/K9

Qty 2 CISCO Catalyst 3750X 48 port POE switches.

Qty 1 CISCO wireless access point, WLC Wireless LAN Controller, and wireless management server.

Qty 1 CISCO ASA security appliance system for security and VPN access.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

49

Appendix C

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

50

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

51

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

52

Appendix D: Location Information

The following pages provide information for each site for which bids are solicited, organized by

specification in a table that provides site physical and contact information, as well as

connectivity and hardware requirements.

Location: Details on each of the Chapter House locations is specified including Latitude and

longitude details.

Connectivity: Specified in terms of the desired transport type (Ethernet or TDM (DS1/DS3)).

Multiple TDM circuits, if specified, are to be „bonded‟ to provide aggregate bandwidth.

Equivalent bandwidth of alternate types may be proposed, provided all requirements of Section

3.0 herein are met.

Hardware: Specified in terms of the Cisco Systems type/model desired for the primary

router(s) to provide OSI Layer 3 „edge‟ connectivity for the circuits. Other brands or systems

may be proposed, but bidders are cautioned that the compatibility requirements of Section 3.4.4

herein must be met.

Phase I (Chapter Sites):

Chapter House Terrain Network Connection Type

#1 Ft Defiance Hospital

Board

Hospital & Hub

Lat./Lng: 35.74058°, -

109.069885°

Corner Route N12 and N7

Mountainous valley area 6800

feet elevation

Tree line on hills located west

and east side.

Possible connection to cellular

tower/DSL/Metro Ethernet.

#2 Nahata’Dziil (Sanders

Clinic) Clinic & Hub

35.2163675°, -109.333638°

Chiih'Toh Blvd Bldg #2

Low hill side area 5800 feet

elevation.

Mostly low, flat to rolling

desert hills and no tree line

Possible connection to cellular

tower/DSL/Metro Ethernet.

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

53

#3 Fort Defiance Chapter

Lat./Lng.: 35.74058°, -

109.069885°

Corner of Route 112 & BIA

110

Mountainous valley area 6800

feet elevation

Tree line on hills located west

and east side.

Point–to-Point Wireless

connection to FDIHB FD

water tank

#4 Oak/Pine Springs

Chapter

Lat./Lng.:

35.4713792°, -109.1273526°

North I-40, Navajo Route 12,

Milepost 19

Mountainous valley area 6500

feet elevation

Heavy tree line surrounded by

mountain west, and north side

of chapter.

DSL

#5 Red Lake Chapter

Lat./Lng.:

35.9078762°, -109.0475572°

Sheppard Springs Road &

Old Red Lake Rd

Flat hill side area 6500 feet

elevation

Mountain area located west of

chapter house.

Direct fiber connectivity

#6 Saint Michaels Chapter

Lat./Lng.:

35.6522178°, -109.0925971°

Highway 264 (Across from

IHS Bldg) Bldg 29A

Hillside valley area 6700 feet

elevation

Minimal tree line surrounded

by mountain west, and east

side of chapter.

Point to Point Wireless

connection to FDIHB WR

water tank

#7 Nahata’Dziil (Sanders)

Chapter

Lat./Lng.: 35.2005738°, -

109.3057048°

Low hill side area 5800 feet

elevation.

Mostly low, flat to rolling

desert hills and no tree line

Possible connection to

Cellular tower / DSL

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

54

#8 Sawmill Chapter

Lat./Lng.: 35.899661°, -

109.1646541°

Milepost 14 on Navajo Rt. 7

Across from Sawmill Primary

School

Top of Mountain area 7500

feet elevation

Tree line on hill side located

east and possible line of site

to Piney hill.

Possible connection to

Cellular tower / DSL

# 9 Crystal Chapter

Lat./Lng.:

36.0434015°, -108.968029°

Navajo Route 12 off State

Hwy 134

Mountainous area 7100 feet

elevation

High Mountain between Red

Lake and Crystal chapter. No

line of site to neighboring

chapters.

Possible connection to Red

Lake chapter

#10 Houck Chapter

Lat./Lng.:

35.2834799°, -109.2098214°

I-40 Exit 348

Mountainous area 6050 feet

elevation

Mountain area located west of

chapter house.

Microwave / DSL

#11 Lupton Chapter

Lat./Lng.:

35.3396174°, -109.0646442°

I 40 Exit 357, In conjuction

with Navajo Rt. 12

Mountainous area 6200 feet

elevation

Mountain area located north

of chapter house.

Microwave / DSL

Fort Defiance Indian Hospital Board, Inc.

SWTAG RFP September 16, 2011 Revised

55